The RFP Database
New business relationships start here

BUCKET TRUCKS


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals.

Summary of Service:

DESCRIPTION/WORK STATEMENT/SPECIFICATION


1.0    Scope: This specification establishes the requirement for one (1) Articulating Non-Over Center Aerial Device (Bucket Truck).

2.0    Applicable Documents:

2.1    References: The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

A.    Articulating boom and extensible boom platforms, primarily designed as personnel carriers, shall have both platform (upper) and lower controls. Upper controls shall be in or beside the platform within easy reach of the operator. Lower controls shall provide for overriding the upper controls. Controls shall be plainly marked as to their function. Lower level controls shall not be operated unless permission has been obtained from the employee in the lift, except in case of emergency.


B.     Bursting safety factor: All critical hydraulic and pneumatic components shall comply with the provisions of the American National Standards Institute standard, ANSI A92.21969, Section 4.9 Bursting Safety Factor. Critical components are those in which a failure would result in a free fall or free rotation of the boom. All noncritical components shall have a bursting safety factor of at least two to one.

C.    Welding standards: All welding shall conform to the following American Welding Society (AWS) Standards which are incorporated by reference as specified in '1910.6, as applicable:

2.2    Order of Precedence: In the event of a conflict between the text of this Equipment specification and the references cited herein, the more stringent regulation or specification shall take precedence, unless a specific exception to this, order of precedence, is noted in this Equipment specification. Nothing in this specification, however, supersedes applicable laws and regulations unless a specific exemption has been obtained by the Government.



3.0    Requirements: This specification provides the requirements for an Articulating Non-Over Center Aerial Device (Bucket Truck).

3.1    General Requirements:

A.    Non-Over center Aerial Device

B.    Mechanical Platform Leveling System  Chain and Rod

C.    Hydraulic Platform Tilt

D.    Two Man Bucket

E.    Full Pressure Hydraulic System

F.    Material Handling System with Manually Extendible Jib

G.    Two Sets of Hydraulic Tool Circuits at Each Platform

H.     Diagnostic Pressure Test Quick Disconnect Couplings

I.    Continuous Rotation

J.    Hydraulic Platform Rotator(s)

K.    Engine Start/Stop ,Tool Circuit at Tail Shaft

L.    Emergency Stop Valves at All Upper and Lower Control Stations

M.    A Frame Outriggers

N.    Outrigger Boom Interlock System

O.    Outrigger Pads

P.    Outrigger Motion Alarm

Q.    Back-Up Alarm

R.    Fall Protection System

S.    Platform Liner

T.    Wheel Chocks

U.    Front Bumper Winch with Drive Shaft for Cable Reel 90 degrees from cab.

V.    Aluminum Cable Reel

W.    Hydraulic Drill

X.    Power Inverter mounted in body with door opening and closing capability.

Y.    3 Outlets for Inverter, Right Side, Left Side and rear of Body.

Z.    Extra Hydraulic Quick Disconnects at the rear of Body.


3.2    Equipment Components and Subsystems-Design Features and Mechanical Construction:

3.2.1    Chassis:

A.    Chassis shall be a 4825mm (190 Inch) Wheelbase.

B.    Gross Vehicle Weight Capacity: Not less than 33000.0 lbs.

C.    Truck shall be 2018 model year or newer.

3.2.2    Dimensions:

Dimensions and configuration shall be:

A.    Ground to Bottom of Platform Height: 55.1 ft. at 10.0 ft. from centerline of rotation

B.     Working Height: 60.1 ft.

C.    Maximum reach to edge of platform: 37.7 ft. at 31.0 ft. platform height

D.    Rotation: Continuous

E.    Upper Boom Articulation: 0 to 173 degrees. Insulator provides a minimum of 162 in (411 cm) of isolation.

F.    Lower Boom Articulation: 0 to 105 degrees. Insulator provides a minimum of 24 in (610 mm) of isolation.


G.    Lower Boom Stow Protection: To help prevent excessive down pressure by boom structures when stowing.

H.    Platform Leveling System: The platform is leveled by a single leveling chains with fiberglass rods in lower and upper boom, designed to maintain the dielectric integrity of the aerial device. Controls for tilting the platform are located at the platform. The mechanism for tilting the platform includes one dual acting cylinder incorporating counterbalance load holding valves to lock the platform in the event of hydraulic line failure.

I.    Material handling, hydraulically articulated jib, -30 degree to +90 degree tilt angle (relative to the upper boom). Jib shall also extend from 43 to 67 inches in five pinning positions.

3.2.3    Drive train:

Truck shall be equipped with an automatic transmission with PTO provisions.

3.2.4    Engine:

A.    Engine shall be a Diesel with no less than 250 H.P.

B.    Truck shall have horizontal exhaust.

3.2.5    Enclosures and Shields:

All electrical components including wiring shall be so located or protected by adequate means to prevent contact with or the entrance of water.

3.2.8    Brakes:

Truck shall be equipped with Air Brakes.

3.2.9    Controls and Instrumentation:

A.    All controls and instrumentation shall be provided with position markings.

B.    Engine Remote Interface with Park Brake and Neutral Interlocks.

C.    Low Air Pressure Indicator Light and Audible Alarm


3.2.10     Key Switch:

A.    Key Operated Ignition Switch and Integral Start Position; 4 Position: Off/Run/Start/Accessory

3.2.11     Cab Exterior:

A.    Minimum 106 Inch BBC Flat Roof Aluminum Conventional Cab

B.    Rubber Cab Mounts

C.    Left Hand and Right Hand Grab Handles

D.    Rear License Plate Mount End of Frame

E.    Dual West Coast Molded in Color Mirrors

3.2.12     Bumpers:

A.    Front Tow Hooks - Frame Mounted

B.    Front Bumper Mounting for Single License Plate




4.0    Conformance: The Equipment shall meet the requirements of this Specification and conform to the Manufacturers own drawings, specifications, standards, and quality assurance practices. The Government reserves the right to, at any time during the contract period, require proof of such conformance or to inspect the Equipment to determine compliance with the requirements of this Specification.


4.1    Final Acceptance: The Government will issue a final acceptance only after the contractor successfully completes all requirements herein. Final acceptance will be at Anniston Army Depot. Upon acceptance of all items described above, the Contractor shall submit a completed DD Form 250 for signature by the Government Representative, as final acceptance of the equipment required by this specification (see solicitation for form & instructions).

5.0    Delivery, Handling, Storage and Installation:

5.1    Delivery:

5.1.1    The Contractor shall be responsible for delivering the Equipment to the Government installation.

5.1.2    The Government will provide the Contractor a required delivery date a minimum of 8 weeks prior to that delivery date. The Contractor must deliver the equipment within 5 business days of the delivery date provided by the Government. The required delivery date shall be between the dates of 20 September and 30 October 2017.

5.2    Shipping:

5.2.1    The Contractor shall be responsible for crating and shipping the Equipment and all associated material and components.

5.2.2    The crating shall protect the Equipment from damage and weather during handling, shipping and storage of the Equipment.

5.2.3    The Contractor shall provide shipping details to the Government no less than one (1) week prior to shipment.



6.3    Government Furnished Equipment (GFE): ANAD will furnish no Government equipment to the Contractor.


The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 333924 Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing; Size Standard is 750 Employees. Please include your company's size classification and socio-economic status in any response to this notice.

Responses to this notice must be submitted electronically to T. Morey Gaddy, troy.m.gaddy2.civ@mail.mil, (telephone inquiries will not be accepted or acknowledged). BUCKET TRUCKS must appear in the subject line of the email or it will be deleted and not read. Responses must be received no later than 28 February 2018 at 4:00 P.M. CST.

Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the governments Request for Information.

Responses should include:
1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number
2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value

Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project.

NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY.

This RFI will expire on 28 February 2018 at 4:00 P.M. CST.

T. Morey Gaddy, Phone 256-741-5227, Email troy.m.gaddy2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP